Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
MODIFICATION

U -- CISCO Training

Notice Date
9/15/2006
 
Notice Type
Modification
 
NAICS
611519 — Other Technical and Trade Schools
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-Europe, Unit 4235, Box 375 APO, Sembach, Germany, AE, 09136-5375
 
ZIP Code
09136-5375
 
Solicitation Number
HC1021-06-T-2064
 
Response Due
9/20/2006
 
Archive Date
10/5/2006
 
Point of Contact
Tiffany Boatwright , Contract Specialist, Phone 496302-922728, Fax 4963029227512, - Tiffany Boatwright , Contract Specialist, Phone 496302-922728, Fax 4963029227512,
 
E-Mail Address
tiffany.boatwright@disa.mil, tiffany.boatwright@disa.mil
 
Description
The purpose of this amendment is to answer questions. Question 1: On your solicitation listing in FBO for this CISCO Training there is this statement? STATEMENT OF WORK Cisco Sonet Training (Nov 06 ? Sep 07) Does that imply possible or likely but not final training dates? Answer: This is a system glitch within FedBizOpps. The period of performance is 01 November 2006-30 September 2007. The first class is anticipated during the first quarter of 2007 and the second class in June or July of 2007. Question 2: Is this a one week course? Answer: The number of days to cover all topics required in the SOW shall be proposed by the offeror. The class will be run during normal business hours Monday thru Friday. Question 3: There is no provision for travel/per diem costs explicitly stated in the solicitation. Should they be included in the per student overall cost or displayed separately in an ad hoc CLIN for information purposes and of course rolled into the overall cost proposal? Answer: Travel and per diem costs can be included in the overall price per class or as a separate line item. Question 4: Finally, are there a basic projected number of students for bidding purposes? Answer ? The projected number per class is 9, this is based on the training facility has 3 ONS15454 chassis and this places 3 students per chassis giving the best exposure to the hands on training. This is a combined synopsis/solicitation for commercial non-personal services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued by the Defense Information Technologies Contracting Organization, Unit 4235 Box 143, APO AE 09142 or Heuberg 143, Sembach Germany 67681. RFQ No HC1021-06-T-2064 applies and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-11 and Defense Acquisition Circular 91-13. The requirement is a Firm Fixed Price Commercial item type contract in accordance with the procedures detailed in FAR 13.5. The proposed acquisition will require the contractor to provide classroom training in accordance with the Statement of Work detailed below: STATEMENT OF WORK Cisco Sonet Training (Nov 06 ? Sep 07) 1.0 REQUIREMENTS: 1.1. The contractor shall provide all training material, labor, and travel necessary to conduct two (2) training courses identified in Paragraph 1.2 below. The period of the contract will be for 12 months from the award date. The contractor shall provide a certified instructor for all courses. The CISCO courses will be provided by a certified CISCO training provider and follow certified CISCO curriculum. To ensure a successful class, the contractor shall identify, prepare and distribute any required project(s) before, during and following the class. 1.2. Course Description: Cisco ONS SONET 15454 Turn Up, Test, Provisioning, Basic ML, and Operation Training . This class should include the following topics: Identify the major components and functions of the Cisco ONS 15454 System Install hardware and software Provision a Node and Circuit Identify types of IP addressing and common IP addressing scenarios Test circuits with a DS3 test set Provision various types of Ethernet Circuits Perform maintenance and troubleshooting Provision an ML card to create layer 2 and layer 3 circuits Provision a BLSR, UPSR, Linear (1+1), and RPR configurations Intro to Cisco IOS commands 1.3. The contractor shall provide the government the ability to change the number of students for a specific course and/or substitute any other course(s) provided by the contractor on a space available/first-come, first-serve basis (at the rate prescribed in the contract). 1.4 The contractor will conduct the training at a site furnished by the government at Ramstein AB, Germany. The contractor shall coordinate the use and access of facilities with USAFE CSS/SCML reference point of contact in Paragraph 4.0 1.5 The contractor shall provide to each student (within 30 days of the last formal class session) a transcript and certificate indicating successful completion of the course. The contractor shall also provide a copy of each student?s transcript and certificate to the address in Paragraph 1.6 below. Contractor will provide training materials to be kept by each student 1.6 The contractor may send advance materials and supplies to the following address: USAFE CSS/SCML Attn: TSgt Steven Pecht Unit 3325 APO, AE 09094 Email: stevsn.pecht@ramstein.af.mil Phone: +49-6371-477872 2.0 GOVERNMENT FURNISHED SUPPLIES AND SERVICES: The government will provide student names, training location and course dates to the contractor within the contract period. The Government will supply 3 Cisco ONS 15454 and associated modules, laptops and training facilities at Ramstein AB, Germany. 3.0 PAYMENTS. Partial payment is authorized. The government will provide payment upon completion of individual courses and upon receipt of contractor invoice and government acceptance. 4.0 NOTES; All government coordination will be handled by the Tech Control Modernization Program (TCF-MP) Office at the following: TCF-MP Program Manager USAFE CSS/SCML Unit 3325 APO, AE 09094 Email: usafecss.scml@ramstein.af.mil Phone: +49-6371-471268 The following provisions/clauses apply to this acquisition: 52.212-1, Instructions to Offers? Commercial Items; 52.212-3, Offeror Representations and Certifications? Commercial Items; 52.212-4, Contract Terms and Conditions?Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items;. 252.212-7000, Offeror Representations and Certifications ? Commercial Items or certification that these have been completed online via Online Representations and Certifications application (ORCA) at https://orca.bpn.gov/; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.204-7004, Required Central Contractor Registration; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.204-7004, 252.212-7001, 252.212-7001(b),. 52.212-2, Evaluation ? Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors will be evaluated: technical capability of item being proposed, price, and delivery schedule in compliance with the requirements of this solicitation, with price being the most significant factor. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time from acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award; Submission of Offers: Submit signed and dated offers to the office specified in this synopsis/solicitation at or before the exact time specified in this synopsis/solicitation. Offers may be submitted on SF 1449, letterhead stationery, or as otherwise specified in the synopsis/solicitation. As a minimum, offers must show ? (1) The solicitation number; (2) The time specified in the synopsis/solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Terms of any express warranty; (5) Price and any discount terms; (6) ?Remit to? address, if different than mailing address; (7) A completed copy of the representations and certifications at FAR 52.212-3 and 252.212-7000 or certification that they have been completed via ORCA; (8) Acknowledgment of Synopsis/Solicitation Amendments; (9) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the synopsis/solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the synopsis/solicitation may be excluded from consideration. (10) Documentation detailing Technical Capability (11) EFT Information Quotations are due no later than 1000 EST 20 September 2006. Section 508 applies. Fax or email your proposals to DITCO/PL512, Attn: Tiffany C Boatwright, Tiffany.Boatwright@disa.mil, Unit 4235 Box 143, APO AE 09142 49+ 63029227512. Oral proposals are not acceptable. All FAR/DFAR clauses can be obtained at www.far.npr.gov & http://farsite.hill.af.mil/VFFARa.htm). No numbered notes apply.
 
Place of Performance
Address: RAMSTEIN AFB
Country: GERMANY
 
Record
SN01144616-W 20060917/060915220128 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.